Original Advertised Date: August 21, 2020
* See addendum for deadline changes
Project managers: Susan Novak, P.E.
Receipt of Bids
Sealed proposals will be received by the Village of Fox Lake for the project entitled Water and Sewer Interconnect – Phase 2 until 10:00 a.m. on October 2, 2020 at the Village Hall, 66 Thillen Drive, Fox Lake, IL. The Bids will be opened and read aloud via video/virtual meeting. Information regarding the virtual meeting will be provided to bid holders prior to bid opening.
Bids shall be received in a sealed envelope addressed to:
Village of Fox Lake
66 Thillen Drive, Fox Lake, IL 60020
The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows:
BID: Deputy Clerk
Village of Fox Lake
Water and Sewer Interconnect – Phase 2
Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a loan from the Illinois Environmental Protection Agency (Illinois EPA). Neither the State of Illinois nor any of its departments, agencies, or employees is or will be a party to this invitation for bids or any resulting contract. The procurement will be subject to regulations contained in the Procedures for Issuing Loans from the Water Pollution Control Loan Program (35IAC Part 365), the Davis-Bacon Act (40 USC 276a through 276a-5) as defined by the United States Department of Labor, and the Employment of Illinois Workers on Public Works Act (30 ILCS 570). This procurement is also subject to the loan recipient’s policy regarding the increased use of disadvantaged business enterprises. The loan recipient’s policy requires all bidders to undertake specified affirmative efforts at least sixteen (16) days prior to bid opening. The policy is contained in the specifications. Bidders are also required to comply with the President’s Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in 41 CFR 60-4. In addition, this procurement is subject to the “Use of American Iron and Steel” requirements as contained in Section 436 (a) – (f) of the Consolidated Appropriations Act, 2014.
Work Description
The proposed Water and Sewer Interconnect – Phase 2 improvements consist primarily of but are not limited to all labor, equipment, services and materials necessary for the construction of:
Package 1 – Water and Sewer Pipeline Improvements
PART A: WATER MAIN IMPROVEMENTS
Labor, equipment, services, and materials necessary for the construction of 16-inch, 12-inch, 10-inch., and 8-inch water main, including: trench excavation; water main pipe materials and installation; valves and valve vaults; fire hydrant assemblies including hydrant and auxiliary valve; water service connections; abandonment of existing water main and services; pipe bedding; trench backfill; water main pressure testing and disinfection; and all other work necessary for a complete and functional water main installation as shown, specified, or required.
PART B – SANITARY SEWER AND FORCE MAIN IMPROVEMENTS
Labor, equipment, services, and materials necessary for the construction of 24-inch and 8-inch sanitary sewer, and 10-inch force main, including: trench excavation; sanitary sewer and force main pipe materials and installation; sanitary manholes; sewage air release valves in vaults; pipe bedding; trench backfill; traffic control; sanitary sewer leakage testing; force main pressure testing; and all other work necessary for a complete and functional sanitary sewer and force main installations as shown, specified, or required.
PART C – SURFACE RESTORATION IMPROVEMENTS
Labor, equipment, services, and materials necessary for the restoration of surfaces disrupted by the construction of the water main, sanitary sewer, and force main improvements, including: pavement removal and replacement; curb and gutter removal and replacement; sidewalk removal and replacement; parkway restoration; wetland restoration; landscaping; and all other work necessary for a complete and functional restoration of surfaces disturbed by construction as shown, specified, or required.
Package 2 – Tall Oaks Lift Station
LIFT STATION CONSTRUCTION
Work description: Provide all equipment, labor and appurtenances required furnish and install the Tall Oaks Lift Station including pumps, electrical, control system, piping, concrete structures, new electrical service, gas service, and transfer switch.
The work will be financed through the Illinois EPA Revolving Loan program, and American Iron and Steel provisions will apply to the project.
Document Inspection and Procurements
The Contract Documents may be inspected and purchased at:
Trotter and Associates, Inc.
40W201 Wasco Rd. Suite D, St. Charles, Illinois 60175
630/587–0470
Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $ 250.00. Addenda will be issued only to plan holders.
Bonds
Each bid shall be accompanied by a bid bond, bank draft, cashier’s check or certified check payable to the order of the Village of Fox Lake, Fox Lake, Illinois, in an amount not less than ten (10) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form.
The successful bidder will be required to furnish Performance and Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to 100 percent of the contract price.
Mandatory Pre–Bid Conference
A Mandatory Pre–Bid Conference will be held on Friday September 11, 2020 at 10:00 a.m. via virtual conference. All plan holders will be provided with
Wage Rates
The contractor shall pay prevailing wages in accordance with the Davis-Bacon Act (40 USC 276a through 276a-5) as defined by the U.S. Department of Labor, Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County and for McHenry County, whichever is greater.
Rates can be obtained online at www.wdol.gov and www.state.il.us/Agency/idol/.
Rejection of Bids
The Owner expressly reserves the right to reject any or all bids or to accept the one, which appears to be in the best interest of the Owner. The Owner expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Owner.
Award of Bid
Final award of bid shall be contingent on the Village of Fox Lake receiving financing from the Public Water Supply Loan Program and the Water Pollution Control Loan Program as administered by the Illinois Environmental Protection Agency.
Village of Fox Lake, Illinois
Donny Schmit
Mayor